Section one: Contracting entity
one.1) Name and addresses
ScotRail Trains Limited .
Atrium Court,, 50 Waterloo Street
Glasgow
G2 6HQ
Telephone
+44 3448110141
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30589
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.6) Main activity
Railway services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Lease of Shunters for use at Inverness and Haymarket Depots
two.1.2) Main CPV code
- 34600000 - Railway and tramway locomotives and rolling stock and associated parts
two.1.3) Type of contract
Supplies
two.1.4) Short description
Lot 1: Primary use to move HST power / trailer cars at Inverness and Haymarket
Lot 2: Primary use to move HST vehicles during heavy maintenance within set boundaries at Haymarket Depot.
two.1.5) Estimated total value
Value excluding VAT: £750,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lease of Shunters for use at Inverness and Haymarket Depot
Lot No
1
two.2.2) Additional CPV code(s)
- 34600000 - Railway and tramway locomotives and rolling stock and associated parts
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
- UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey
Main site or place of performance
Inverness and Haymarket (Edinburgh) Depots
two.2.4) Description of the procurement
Primary use to move HST power / trailer cars at Inverness and Haymarket.
The Shunters shall:
- be mainline compliant to run on Network Rail mainline infrastructure and negotiate signals as per industry standards.
- be able to move HST up to 2 x power cars at 75 tonnes each and 5 x Mk3 coaches at 40 tonnes each.
- be fitted with Automatic Warning System (AWS) / Train Protection Warning System (TPWS) headlight and must have a Slow Speed Function (SSF).
- be able to couple to ScotRail HST vehicles and compatible with both the emergency nose end coupler and the alliance type couplers, and must also be capable of coupling with 170 & 158 / Diesel Multiple Unit (DMU) trains
- coupling requirements for Haymarket Depot in Lot 1 shall be in full compliance with the track curvature reports at Appendix 3
- have a GSM-r (radio) option (for Inverness for futureproofing),
- be powered by diesel or battery.
- be accompanied by any necessary specialist tooling or equipment required for light touch maintenance
- be accompanied by Operator and Maintenance Manuals
Maintenance – Lot 1
The Tenderer will also include a Shunter Maintenance plan, including tenderer/ operator responsibilities, to include clear technical definition of ‘light touch’ and low-level repairs and routine light maintenance by ScotRail. The Tenderer shall be required to provide consumables to ScotRail for all low-level repairs and light maintenance, and to allow the Tenderer to complete the full overhaul as per industry standards and complete non-light maintenance works.
The Tenderer shall also provide a contingency plan detailing arrangement for any period where the Shunter cannot be used/supplied, e.g. as a result of maintenance / overhaul, or technical failure.
Training – Lot 1
The Tenderer shall also have the ability to provide and deliver (as required) a ‘Train the Trainer’ package to enable relevant personnel at both Haymarket and Inverness depots to be fully trained to the correct industry standards, as ScotRail’s business dictates, to ensure relevant personnel are compliant to operate and maintain Shunters ensuring the safe movement of vehicles, and to be aware of safety and dangers on site. Course content shall also refer to ScotRail’s safety procedures, site assessment, and comply with the Health and Safety at Work Act (1974).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Initial 2 year award, plus 3 x 12 month options
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Interested parties should register their interest at https://scotrail.wax-live.com/S2C/DisplayModules/TradeModules/negotiations/Sourcing/DocumentMain.aspx?ProjectId=390&DocumentId=391&ApplicationInstanceID=27adc89e-0cb2-4b51-9bc1-34061f10156f
two.2) Description
two.2.1) Title
Lease of Shunter for use at Haymarket Depot
Lot No
2
two.2.2) Additional CPV code(s)
- 34600000 - Railway and tramway locomotives and rolling stock and associated parts
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
Main site or place of performance
Haymarket Depot, Edinburgh
two.2.4) Description of the procurement
Primary use to move HST vehicles during heavy maintenance within set boundaries at Haymarket Depot.
The Shunter shall:
- be road and rail vehicle
- be remotely operated
- be able to couple to emergency nose and alliance coupler
- be able to supply and deliver coupling / attachments as per ScotRail’s future business demands
- be able to move a HST power car at 75 tonne each or Mk3 coach up to 40 tonnes
- have a Slow Speed Function (SSF) of 3-5 mph
- be battery powered
- be capable of moving HST bogies (special attachments required)
- be accompanied by any necessary specialist tooling or equipment required for light touch maintenance
- be accompanied by Operator and Maintenance Manuals
Maintenance – Lot 2
The Tenderer will also include a Shunter Maintenance plan and shall be required to complete maintenance checks in accordance with OEM manual / instruction, providing consumables as necessary to complete all maintenance works.
The Tenderer shall also provide a contingency plan providing detailing arrangement for any period where the Shunter cannot be used/supplied, e.g. as a result of maintenance / overhaul, or technical failure.
Training – Lot 2
The Tenderer shall also have the ability to provide and deliver (as required) a train the trainer package to enable relevant personnel at Haymarket depots to be fully trained to the correct industry standards, as ScotRail’s business dictates, to ensure operators are fully compliant. Training course content shall teach operators how to ensure the safe movement of vehicles, and to be aware of safety and dangers on site. Course content shall also refer to ScotRail’s safety procedures, site assessment, and comply with the Health and Safety at Work Act (1974).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £250,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Initial 2 years + 3 x 12 month options
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Interested parties should register their interest at https://scotrail.wax-live.com/S2C/DisplayModules/TradeModules/negotiations/Sourcing/DocumentMain.aspx?ProjectId=390&DocumentId=391&ApplicationInstanceID=27adc89e-0cb2-4b51-9bc1-34061f10156f
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Is Supplier registered with RISQS or an equivalent body? If the answer is Yes, please provide details of membership.
(This is not a Pass/Fail question, it is for information purposes only).
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
20 June 2025
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
20 June 2025
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=799424.
(SC Ref:799424)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
Glasgow
Country
United Kingdom